Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2003 FBO #0590
SOLICITATION NOTICE

66 -- Gas Analyzer System

Notice Date
7/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-5309
 
Solicitation Number
F33601-03-R-0066
 
Response Due
7/31/2003
 
Archive Date
9/10/2003
 
Point of Contact
Helen Williams,937-257-6146 x4211
 
E-Mail Address
Email your questions to Helen.Williams@wpafb.af.mil
(Helen.Williams@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SYNOPSITATION FOR GAS ANALYZER SYSTEM F33601-03-R-0066 This is a combined synopsis/solicitation for a gas analyzer system, a commercial commodity to be procured for the Department of Aeronautics and Astronautics at the Air Force Institute of Technology (AFIT), Wright-Patterson Air Force Base, prepared in accordance with (IAW) the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation F33601-03- R-0066 is a Request for Proposal (RFP). This procurement will be awarded in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. No hard copies will be sent. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-14. Proposed acquisition is 100% Small Business Set Aside. The associated North American Industrial Code (NAIC) is 334516, size standard 500 employees applies. A Firm Fixed Price type contract is anticipated with 1 line item (0001) for the gas analyzer system. Minimum system requirements are attached at www.pixs.wpafb.af.mil. A technical description of the items being offered must be submitted in sufficient detail to evaluate compliance with the minimum requirements. Offerors must complete the fill-ins at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, which are attached at www.pixs.wpafb.af.mil. The following provisions apply to this acquisition and are incorporated: FAR 52.212-1, Instructions to Offerors ? Commercial FAR 52.212-2, Evaluation - Commercial Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: Evaluation of proposals and subsequent award will be based on a determination of best value to the Government based on technical capability of the item offered to meet the Government requirement and price, with technical capability being more important than price. A technical description of the items being offered must be submitted in sufficient detail to evaluate compliance with the requirements. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, is listed as an attachment on the website listed above and must be submitted with the proposal. FAR 52.252-1, Solicitation Provisions Incorporated by reference. Fill In: http://farsite.hill.af.mil/ The following clauses are hereby incorporated and will be included in subsequent award either by reference or in full text. FAR 52.203-3 Gratuities FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government, Restrictions on Certain Foreign Purchases FAR 52.204-4, Printed or Copied on Double-Sided on Recycled Paper FAR 52.204-6, Data Universal Numbering System (DUNS) Number FAR 52.212-4. Contract Terms and Conditions, Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (May 2002)(Deviation) FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14, Limitations on Sub-Contracting FAR 52.222-3, Convict Labor; FAR 52.222-18, Certification Regarding Knowledge of Child Labor For Listed End Products FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222.25, Affirmative Action Compliance FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Special Disabled Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Special Disabled Vets FAR 52.225-13, Restrictions on Certain Foreign Purchases (Required) FAR 52.232-33, Payment by Electric Funds Transfer ? Central Contractor Registration FAR 52.233-3, Protest After Award FAR 52.252-2, Clauses Incorporated by Reference, Fill In: http://farsite.hill.af.mil FAR 52.252-6, Authorized Deviations in Clauses, Fill In: Defense Federal Acquisition Regulation (48 CFR Chapter 2) DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004, Required Central Contractor Registration DFARS 252.209-7001, Disclosure of Ownership or Control of a Terrorist Country DFARS 252.209-7004, Subcontracting w/firms Owned or Controlled by Terrorist Countries DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2003)(DEVIATION) DFARS 252.225-7001, Buy American Act and Balance of Payments DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.247-7023, Transportation of Supplies by Sea A registration page will be attached to the web site. If you would like to receive notice of any amendments and/or addendum that may be issued to the solicitation, you may register. If you do not register, it is your responsibility to review the web site for any changes to the RFP. Contractors that are debarred, suspended or proposed for debarment are excluded from receiving contracts. Proposals prepared by debarred, suspended or otherwise ineligible contractors are at the risk and expense of the contractor. Contract financing will not be provided for this acquisition. All responsible Small Business Sources may submit a complete proposal package, including price proposal, technical capability information and Reps and Certs by 4:00 p.m. EDT on Thursday, 31 July 2003, to Helen Williams, 88 ABW/PKSB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309. Contractors must be registered in Central Contractor Registration (CCR) prior to award for solicitations issued after 31 May 1998. DUNS/CCR website is http://ccr.gov. For questions on this solicitation, please call Helen Williams, (937) 257-6146, Ext. 4211, or email at: helen.williams@wpafb.af.mil. Proposals may be submitted via email, regular mail, or faxed to the attention of Helen Williams at 937-257-3926. For more information on 03R0066--Gas Analyzer System please refer to http://www.pixs.wpafb.af.mil/pixslibr/03R0066/03R0066.asp
 
Web Link
03R0066-Gas Analyzer System
(http://www.pixs.wpafb.af.mil/pixslibr/03R0066/03R0066.asp)
 
Place of Performance
Address: Air Force Institute of Technology Wright-Patterson AFB OH
Zip Code: 45433
Country: USA
 
Record
SN00368511-W 20030712/030710213557 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.